BID #11408
Building Construction
CDBG Downtown Revitalization Facade Master Plan
Due Date: Ongoing
Format for Printing Format for Printing Bid Title: CDBG Downtown Revitalization Facade Master Plan Category: Downtown Revitalization Status: Awarded Bid Recipient: Schickendanz Construction, Evans-Mason Masonry, Sherwood Company Description: ADVERTISEMENT FOR BIDS Sealed bids will be received by The City of Fort Madison (Owner) for construction of the following: CDBG DOWNTOWN REVITALIZATION FAĆADE MASTER PLAN Bids will be received at the place, time, and date hereinafter stated and publicly opened: PLACE: City council chambers 811 Avenue E FORT MADISON, IA 52627 TIME: 3:00 P.M. DATE: September 18, 2012 Any proposals received after that time and place will be returned to the bidder unopened. Each bid shall be made on a form furnished by the architect and shall be sealed in an envelope separate from the envelope containing the certified check or bid bond and shall be clearly marked as "Bid". 2. Drawings, Project Manual, Addenda, List of Plan Holders of Record, and ultimately Bid Tabulations will be available starting at 3:00 p.m., Thursday, August 30th, 2012, thru City Blue Technologies, 4605 3rd Street, Moline, IL 61265 (Tel.: 309-277-3000) upon a refundable deposit of fifty dollars ($100.00) for each set of documents. City Blue Technologies requests Contractors order copies from their website prior to pickup. The freight cost for documents that are shipped is a non-refundable $12.00 per set or a UPS Account number can be used in place of a check. The website is www.citybluetechnologies.com. It is the desire of the Architect to reduce the number of printed sets to a minimum therefore the Architect invites Contractors to review the project details to confirm their interest prior to requesting bid sets. Deposits will be refunded in full if Drawings, Project Manual and Addenda are returned in good condition within fourteen days after receipt of Bid Opening. Any questions concerning this document solicitation process shall be directed to Ty Miller of City Blue Technologies at 309-277-3000. Technical questions regarding interpretations of the documents shall be directed to Mark Fisher at 319-753-1636. 3. Drawings and specifications can be reviewed by bidders at the following locations: Construction Update, 645 32nd Avenue SW, Suite C, Cedar Rapids, Iowa 52404 Iowa Builders Exchange, Inc., 520 24th Street, Rock Island, IL 61204 Associated Plan Room, 201 Broadway, Quincy, IL 62301 Dubuque Builders Exchange, 801 Cedar Cross Road, Dubuque, Iowa 52003 Construction Update Plan Room, 221 Park Street, Des Moines, IA 50309 4. For the purpose of providing additional information for bidders, a pre-bid conference will be held on September 6th, 2012, at 3:00 P.M. The meeting shall be held at the Ft Madison City Hall with a job site tour following, weather permitting. 5. A certified check or bid bond in the amount of 5% of the base bid on a solvent bank, made payable to the owner shall be filed in a separate envelope with each bid. This check or bid bond may be cashed and the proceeds retained by the owner as liquidated damages if the bidder fails to execute a contract and file an approved bond equal to 100% of the contract price by a responsible surety for the faithful performance of the contract. 6. Owner reserves the right to reject any and all bids, to accept other than the lowest bid, and to waive any irregularities or informalities in bids received. 7. The project includes all work required to complete the project including general construction, mechanical and electrical work associated with improvements. Bids will be received for 5 prime contracts as further outlined in the Bid Documents. Contracts shall be awarded to one single Contractor for each of the five (5) contracts bid encompassing all of the work. The five (5) contracts to be bid are as follows: GENERAL: Includes all Project Management and Coordination, Temporary Facilities, Demolition, Rough Carpentry, Thermal and Moisture Protection, Electrical and any other miscellaneous work required to complete the project that is not specifically part of one of the other contracts as outlined below. 2. MASONRY: Includes cleaning, repairs and repointing of all concrete and masonry and all related work not specifically identified as part of another contract. 3. WINDOWS, DOORS, GLAZING AND FINISH CARPENTRY: Includes all window repairs, new windows, storefronts and entry systems, doors, door and window hardware, glazing and window repair, finish trim and panel work and all associated work not specifically identified as part of another contract. 4. AWNINGS AND SIGNAGE: Includes all awnings, signage and associated work not specifically identified as part of another contract. 5. PAINTING: Includes all cleaning, scraping, filling and removal of existing coatings, new paint and sealants, and all associated work not specifically identified as part of another contract. Contract awards may be made by the Owner to the lowest responsible bidder meeting the specification. The right is reserved to reject any or all bids, or any part thereof, and to waive informalities and to enter into such contract as shall be deemed in the best interests of the Owner. By virtue of statutory authority, a preference will be given to products and provisions grown or coal produced within the State of Iowa and to Iowa domestic labor. No bid may be withdrawn for a period of 30 calendar days after the date of opening. All bids will be governed by provisions of the Iowa Code and owner policies. This project is sales tax exempt. The owner will issue an exemption certificate for the purchase or use of building materials, supplies, and equipment that will be used in the performance of the construction contract.